Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
SOURCES SOUGHT

J -- Dockside Repairs USCGC VALIANT (WMEC-621), 210 FT.,"B" CLASS CUTTER

Notice Date
3/15/2012
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-12-S-P45L44
 
Archive Date
4/10/2012
 
Point of Contact
karen m. marshall, Phone: 7576284934, Tara M. Holloway, Phone: 7576284754
 
E-Mail Address
Karen.M.Marshall@uscg.mil, TaraM.Holloway@uscg.mil
(Karen.M.Marshall@uscg.mil, TaraM.Holloway@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS IS AVAILABLE AT THIS TIME. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. This sources sought announcement is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Certified HUB Zone, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Small Business Set-Aside for dockside repairs aboard the USCGC VALIANT (WMEC-621), 210 Foot, "B" Class Cutter. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The Government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in April 2012. The estimated value of this procurement is between $250,000.00 and $500,000.00. The small business size standard for NAICS 336611 is less than 1,000 employees. The duration of the project is 56 calendar days but not expected to start until August 2012. All work will be performed at the Cutter's homeport of Miami, FL. The United States Coast Guard requests comments concerning its proposed plan to contract for dockside repairs aboard the USCGC VALIANT (WMEC-621), 210 Foot, "B" Class Cutter. The Government will consider all comments and plans to issue a formal solicitation in April of 2012. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. After review of the responses to this announcement, if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the Federal Business Opportunity for the respective requirement. NO SOLICITATION IS CURRENTLY AVAILABLE. All interested offerors will have the opportunity to respond to solicitation announcements at a later time. This notice is to assist the United States Coast Guard-SFLC-CPD-C&P1-MECPL in determining potential sources and to obtain industry comment on a proposed draft Request for Proposals. This work will include, but is not limited to: WORK ITEM 1: Tanks (Aviation Fuel Service), Clean and Inspect WORK ITEM 2: Tanks (Aviation Fuel Stowage and Overflow), Clean and Inspect WORK ITEM 3: Tanks (MP Fuel Service), Clean and Inspect WORK ITEM 4: Tanks (MP Fuel Stowage and Overflow), Clean and Inspect WORK ITEM 5: Tanks (Hydraulic Oil), Clean and Inspect WORK ITEM 6: Tanks (Potable Water), Clean and Inspect WORK ITEM 7: Tanks (Lube Oil), Clean and Inspect WORK ITEM 8: Tanks (Dirty Oil and Waste), Clean and Inspect WORK ITEM 9: Voids (Accessible), Clean and Inspect WORK ITEM 10: Chain Lockers, Clean and Inspect WORK ITEM 11: Vent Ducts (Engine and Motor Room All), Clean WORK ITEM 12: Vent Ducts (Galley and Pantry Room All), Clean WORK ITEM 13: Vent Ducts (Laundry Exhaust), Clean WORK ITEM 14: Vent Ducts (All Other), Clean WORK ITEM 15: Anchor Windlasses, Inspect and Service WORK ITEM 16: Anchor Chains and Ground Tackle, Inspect, Repair and Preserve WORK ITEM 17: Warping Capstan, Inspect and Service WORK ITEM 18: Towing Bitts, Chocks, and Fairleads; Inspect and Test WORK ITEM 19: Control Air Dryer, Upgrade WORK ITEM 20: Propulsion Shaft Couplings, Inspect WORK ITEM 21: Box Girder, Repair WORK ITEM 22: Hull and Structural Plating - 7.65-Pound Steel Plate, Repair WORK ITEM 23: Deck Drains, Renew WORK ITEM 24: Joiner Door and Bulkhead, Renew WORK ITEM 25: Dirty Oil/Lube Oil Stripping Piping, Renew WORK ITEM 26: Fuel Valves (Shore tie), Renew WORK ITEM 27: Steam Valves (Shore tie), Renew WORK ITEM 28: Oily Water Separator System, Modification The Government requests capability statements and comments from interested businesses regarding the work items described above. Responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead. At a minimum, please include the following: 1. Company Name; 2. Company Mailing Address; 3. Point(s) of Contact including telephone number(s) & email address(es); 4. Socio-Economic Factors (i.e. Small/Large Business, HUBZone, Service Disabled Veteran Owned, 8(a), etc.) as it relates to NAICS Code 336611; 5. Positive statement of your intent to submit a bid for this solicitation as a prime contractor; 6. Evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; 7. Past performance references with points of contact and phone numbers. At least two (2) references are requested, but more are desirable; Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Comments are to be sent either via email to Karen.M.Marshall@uscg.mil or submitted in hard copy to U.S. Coast Guard, ATTN: Karen Marshall, 300 E. Main Street, Suite 550, Norfolk, VA 23510 no later than 4:00 p.m. eastern standard time March 26, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-12-S-P45L44/listing.html)
 
Place of Performance
Address: All work will be performed at the Cutter’s homeport of Miami, FL., Miami, Florida, United States
 
Record
SN02697302-W 20120317/120315234416-305b52b0049a8f9a3b3d32bf821c3db0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.